Authorized federal supply service information technology schedule pricelist general purpose commercial information technology equipment, software and services

 

Contract Number:    GS-35F-0308K

Period of Performance:  March 24, 2000 – March 23, 2005

 

Special Item No. 132-33

Special Item No. 132-34

Information Technology Schedule

IT Products

Software Maintenance

 

 

Micro Saint is a general purpose, discrete-event simulation software tool that has been used to provide solutions ranging from simple queuing problems to complex human decision processes. With Micro Saint models, you can gain useful information about processes that might be too expensive or time consuming to test in the real world.  Micro Saint's intuitive graphical user interface and flow chart approach to modeling make it a tool that can be used by generalists as well as simulation experts.  Micro Saint has proven to be an invaluable asset in both small businesses and Fortune 500 companies and in many areas including the military, human factors, health care, manufacturing, and the service industry.

 

Features Include: Optimization, Flexibility, Animation, Customization and Interoperability

 

GSA Price List

License Type

Price

Notes

Single-user Micro Saint license

$6,746

Includes Micro Saint software, hardware key, technical support and upgrades for one year, and training for one person in Boulder, CO.

Single-user Micro Saint license w/COM Services

$8,996

Includes everything listed above plus COM Services

Update and Maintenance

$1,125

Includes one year of technical support and applicable software updates.

Professor’s Package

$1,125

Includes:

·          One full version of Micro Saint 

·          One unlimited-use Student version of Micro Saint (limited to 50 tasks & 50 variables)                                            

·          Teaching materials

·          Hardware key

·          1 set of user manuals

Professor’s Package w/COM Services

$2,250

Includes everything listed above plus COM Services

Professor Upgrade

$375

Includes one year of software upgrades.

 

 

Pricing by Number of Users

# of copies

Micro Saint (Cost Per Copy)

Micro Saint w/ COM (Cost Per Copy)

4 or fewer

$6,746

$8,996

5-9

$6,296

$8,396

10-14

$5,397

$7,197

15 +

$4,497

$5,997

 

Ordering Information:

Micro Analysis and Design, Inc.

4949 Pearl East Circle

Suite 300

Boulder, CO  80301

(303) 442-6947 phone

(303) 442-8274 fax

General sales@maad.com

 

 

 

Authorized federal supply service information technology schedule pricelist general purpose commercial information technology equipment, software and services

 

Contract Number:    GS-35F-0308K

Period of Performance:  March 24, 2000 – March 23, 2005

 

Special Item No. 132-51

Information Technology Schedule

Professional Services

 

Note:  All non-professional labor categories must be incidental to and used solely to support hardware, software and/or professional services, and cannot be purchased separately.

 

FPDS Code D302                     IT Systems Development Services

FPDS Code D306                     IT Systems Analysis Services

FPDS Code D307                     Automated Information Systems Design and Integration Services

FPDS Code D308                     Programming Services

FPDS Code D311                     IT Data Conversion Services

FPDS Code D313                     Computer Aided Design/Computer Aided Manufacturing (CAD/CAM) Services

FPDS Code D399                     Other Information Technology Services, Not Elsewhere Classified

 

 

Micro Analysis and Design, Inc.

4949 Pearl East Circle

Suite 300

Boulder, CO  80301

(303) 442-6947          

(303) 442-8274 fax

POC’s  Dr. Ronald Laughery, rlaughery@maad.com

Susan Archer, sarcher@maad.com

Kathy Koshi, kkoshi@maad.com

 

 

General Services Administration

Federal Supply Service

 

 


TABLE OF CONTENTS

Information for Ordering Offices

TERMS AND CONDITIONS APPLICABLE TO INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES (SPECIAL ITEM NUMBER 132-51)

USA COMMITMENT TO PROMOTE SMALL BUSINESS PARTICIPATION  PROCUREMENT PROGRAMS

BEST VALUE BLANKET PURCHASE AGREEMENT FEDERAL SUPPLY SCHEDULE

“Contractor team arrangements”

Introduction to Micro Analysis and Design, Inc.

JOB DESCRIPTIONS And Labor Rates– MICRO ANALYSIS AND DESIGN, INC.

 

 

INFORMATION FOR ORDERING OFFICES

 

SPECIAL NOTICE TO AGENCIES:

 

Small Business Participation

 

SBA strongly supports the participation of small business concerns in the Federal Supply Schedules Program. To enhance Small Business Participation SBA policy allows agencies to include in their procurement base and goals, the dollar value of orders expected to be placed against the Federal Supply Schedules, and to report accomplishments against these goals. 

For orders exceeding the micro purchase threshold, FAR 8.404 requires agencies to consider the catalogs/pricelists of at least three schedule contractors or consider reasonably available information by using the GSA Advantage!ä on-line shopping service (www.fss.gsa.gov). The catalogs/pricelists, GSA Advantage!ä and the Federal Supply Service Home Page (www.fss.gsa.gov) contain information on a broad array of products and services offered by small business concerns.

This information should be used as a tool to assist ordering activities in meeting or exceeding established small business goals. It should also be used as a tool to assist in including small, small disadvantaged, and women-owned small businesses among those considered when selecting pricelists for a best value determination.

For orders exceeding the micro purchase threshold, customers are to give preference to small business concerns when two or more items at the same delivered price will satisfy their requirement.

1.      Geographic Scope of Contract:
48 contiguous states and the District of Columbia, includes Alaska & Hawaii.

2.      Contractors Ordering Address and Payment Information

Micro Analysis and Design, Inc.

4949 Pearl East Circle, Suite 300

Boulder, CO  80301

Government purchase cards will be acceptable for payment above the micro-purchase threshold.  In addition, bank accounting information for wire transfer payments will be shown on the invoice.

The following telephone number can be used by ordering agencies to obtain technical and/or ordering assistance:

(303) 442-6947

3.      Liability for Injury or Damage
The Contractor shall not be liable for any injury to Government personnel or damage to Government property arising from the use of equipment maintained by the Contractor, unless such injury or damage is due to the fault or negligence of the Contractor.

4.      Statistical Data for Government Ordering Office Completion of Standard Form 279:
Block 9:      G.  Order/Modification Under Federal Schedule
Block 16:    Data Universal Numbering System (DUNS) Number:
                              14-727- 4237    
Block 30:    Type of Contractor -      B.  Other Small Business          
Block 31:    Woman-Owned Small Business -   YES

Block 36:                Contractor’s Taxpayer Identification Number (TIN)       
84-114 5568     

4a)            Cage Code:  1DS17
4b)           Contractor has registered with the Central Contractor
                 Registration Database

5.      FOB Destination

6.      Delivery Schedule

  a.) Time of Delivery: SIN 132-51 - To commence working within 30 days after receipt of order, or as negotiated with the Govt Ordering Office.

b.) Urgent Requirements: When the Federal Supply Schedule contract delivery period does not meet the bona fide urgent delivery requirements of an ordering agency, agencies are encouraged, if time permits, to contact the Contractor for the purpose of obtaining accelerated delivery.  The Contractor shall replay to the inquiry within 3 workdays after receipt.  (Telephonic replies shall be confirmed by the Contractor in writing.)  If the Contractor offers an accelerated delivery time acceptable to the ordering agency, any order(s) placed pursuant to the agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other terms and conditions of the contract.

7.      Discounts:  Prices shown are NET Prices; Basic Discounts have been deducted.

a.         Prompt Payment:  Net 30 days from receipt of invoice or date of acceptance, whichever is later.

b.         Quantity No quantity discounts on labor rates    

c.         Dollar Volume No $ volume discounts

d.         Government Educational Institutions Same “net” pricing as
shown herein.

8.      Trade Agreements Act of 1979, as amended:
All items are
U.S. made end products, in the Trade Agreements Act of 1979, as amended.

9.      Statement Concerning Availability of Export Packing: N/A

10.  Small Requirements:  One full working day for any labor category.

11.  Maximum Order:  (All dollar amounts are exclusive of any discount for prompt payment.)

a. Special Item Number 132-51 – IT Professional Services

The maximum dollar value per order for all leased equipment will be $500,000.

12.       USE OF FEDERAL SUPPLY SERVICE INFORMATION TECHNOLOGY SCHEDULE CONTRACTS. In accordance with FAR 8.404:

[NOTE:  Special ordering procedures have been established for Special Item Numbers (SINs) 132-51 IT Professional Services and 132‑52 EC Services; refer to the terms and conditions for those SINs.]

Orders placed pursuant to a Multiple Award Schedule (MAS), using the procedures in FAR 8.404, are considered to be issued pursuant to full and open competition.  Therefore, when placing orders under Federal Supply Schedules, ordering offices need not seek further competition, synopsize the requirement, make a separate determination of fair and reasonable pricing, or consider small business set-asides in accordance with subpart 19.5.  GSA has already determined the prices of items under schedule contracts to be fair and reasonable.  By placing an order against a schedule using the procedures outlined below, the ordering office has concluded that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government’s needs.

            a.         Orders placed at or below the micro-purchase threshold.  Ordering offices can place orders at or below the micro-purchase threshold with any Federal Supply Schedule Contractor. 

            b.         Orders exceeding the micro-purchase threshold but not exceeding the maximum order threshold.  Orders should be placed with the Schedule Contractor that can provide the supply or service that represents the best value.  Before placing an order, ordering offices should consider reasonably available information about the supply or service offered under MAS contracts by using the “GSA Advantage!” on-line shopping service, or by reviewing the catalogs/pricelists of at least three Schedule Contractors and selecting the delivery and other options available under the schedule that meets the agency’s needs.  In selecting the supply or service representing the best value, the ordering office may consider--

                        (1)        Special features of the supply or service that are required in effective program performance and that are not provided by a comparable supply or service;

                        (2)        Trade-in considerations;

                        (3)        Probable life of the item selected as compared with that of a comparable item;

                        (4)        Warranty considerations;

                        (5)        Maintenance availability;

                        (6)        Past performance; and

                        (7)        Environmental and energy efficiency considerations.

            c.         Orders exceeding the maximum order threshold.  Each schedule contract has an established maximum order threshold.  This threshold represents the point where it is advantageous for the ordering office to seek a price reduction.  In addition to following the procedures in paragraph b, above, and before placing an order that exceeds the maximum order threshold, ordering offices shall-- 

                         (1)      Review additional Schedule Contractors’ catalogs/pricelists or use the “GSA Advantage!” on-line shopping service;

                        (2)        Based upon the initial evaluation, generally seek price reductions from the Schedule Contractor(s) appearing to provide the best value (considering price and other factors); and 

                        (3)        After price reductions have been sought, place the order with the Schedule Contractor that provides the best value and results in the lowest overall cost alternative.  If further price reductions are not offered, an order may still be placed, if the ordering office determines that it is appropriate.

            NOTE:  For orders exceeding the maximum order threshold, the Contractor may:

            (1) Offer a new lower price for this requirement (the Price Reductions clause is not applicable to orders placed over the maximum order in FAR 52.216-19 Order Limitations);

                        (2) Offer the lowest price available under the contract; or

                        (3) Decline the order (orders must be returned in accordance with FAR 52.216-19).

            d.         Blanket purchase agreements (BPAs).  The establishment of Federal Supply Schedule BPAs is permitted when following the ordering procedures in FAR 8.404.  All schedule contracts contain BPA provisions.  Ordering offices may use BPAs to establish accounts with Contractors to fill recurring requirements.  BPAs should address the frequency of ordering and invoicing, discounts, and delivery locations and times.

            e.  Price reductions.  In addition to the circumstances outlined in paragraph c, above, there may be instances when ordering offices will find it advantageous to request a price reduction.  For example, when the ordering office finds a schedule supply or service elsewhere at a lower price or when a BPA is being established to fill recurring requirements, requesting a price reduction could be advantageous.  The potential volume of orders under these agreements, regardless of the size of the individual order, may offer the ordering office the opportunity to secure greater discounts.  Schedule Contractors are not required to pass on to all schedule users a price reduction extended only to an individual agency for a specific order.

            f.  Small business.  For orders exceeding the micro-purchase threshold, ordering offices should give preference to the items of small business concerns when two or more items at the same delivered price will satisfy the requirement.

            g.  Documentation.  Orders should be documented, at a minimum, by identifying the Contractor the item was purchased from, the item purchased, and the amount paid.  If an agency requirement in excess of the micro-purchase threshold is defined so as to require a particular brand name, product, or feature of a product peculiar to one manufacturer, thereby precluding consideration of a product manufactured by another company, the ordering office shall include an explanation in the file as to why the particular brand name, product, or feature is essential to satisfy the agency’s needs.

13. FEDERAL INFORMATION TECHNOLOGY/TELECOMMUNICATION STANDARDS REQUIREMENTS:  Federal departments and agencies acquiring products from this Schedule must comply with the provisions of the Federal Standards Program, as appropriate (reference:  NIST Federal Standards Index).  Inquiries to determine whether or not specific products listed herein comply with Federal Information Processing Standards (FIPS) or Federal Telecommunication Standards (FED-STDS), which are cited by ordering offices, shall be responded to promptly by the Contractor.

13.1  FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS): Information Technology products under this Schedule that do not conform to Federal Information Processing Standards (FIPS) should not be acquired unless a waiver has been granted in accordance with the applicable "FIPS Publication."  Federal Information Processing Standards Publications (FIPS PUBS) are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act.  Information concerning their availability and applicability should be obtained from the National Technical Information Service (NTIS), 5285 Port Royal Road, Springfield, Virginia 22161.  FIPS PUBS include voluntary standards when these are adopted for Federal use.  Individual orders for FIPS PUBS should be referred to the NTIS Sales Office, and orders for subscription service should be referred to the NTIS Subscription Officer, both at the above address, or telephone number (703) 487-4650.

13.2  FEDERAL TELECOMMUNICATION STANDARDS (FED-STDS):  Telecommunication products under this Schedule that do not conform to Federal Telecommunication Standards (FED-STDS) should not be acquired unless a waiver has been granted in accordance with the applicable "FED-STD."  Federal Telecommunication Standards are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Ordering information and information concerning the availability of FED-STDS should be obtained from the GSA, Federal Supply Service, Specification Section, 470 East L’Enfant Plaza, Suite 8100, SW, Washington, DC  20407, telephone number (202) 619-8925.  Please include a self-addressed mailing label when requesting information by mail.  Information concerning their applicability can be obtained by writing or calling the U.S. Department of Commerce, National Institute of Standards and Technology, Gaithersburg, MD  20899, telephone number (301) 975-2833.

14.       SECURITY REQUIREMENTS.  In the event security requirements are necessary, the ordering activities may incorporate, in their delivery orders, a security clause in accordance with current laws, regulations, and individual agency policy; however, the burden of administering the security requirements shall be with the ordering agency.  If any costs are incurred as a result of the inclusion of security requirements, such costs will not exceed ten percent (10%) or $100,000, of the total dollar value of the order, whichever is lessor.

15.       CONTRACT ADMINISTRATION FOR ORDERING OFFICES:  Any ordering office, with respect to any one or more delivery orders placed by it under this contract, may exercise the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212-4, paragraphs (l) Termination for the Government’s convenience, and (m) Termination for Cause (See C.1.)

16.       GSA Advantage!

GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors' schedule prices with ordering information.  GSA Advantage! will allow the user to perform various searches across all contracts including, but not limited to:

            (1)        Manufacturer;

            (2)        Manufacturer's Part Number; and

            (3)        Product categories.

Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser (ex.: NetScape).  The Internet address is http://www.fss.gsa.gov/.

17.       PURCHASE OF INCIDENTAL, NON-SCHEDULE ITEMS

For administrative convenience, open market (non-contract) items may be added to a Federal Supply Schedule Blanket Purchase Agreement (BPA) or an individual order, provided that the items are clearly labeled as such on the order, all applicable regulations have been followed, and price reasonableness has been determined by the ordering activity for the open market (non‑contract) items.

18.       CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS

a.         For the purpose of this contract, commitments, warranties and representations include, in addition to those agreed to for the entire schedule contract:

                        (1)        Time of delivery/installation quotations for individual orders;

                        (2)        Technical representations and/or warranties of products concerning performance, total system performance and/or configuration, physical, design and/or functional characteristics and capabilities of a product/equipment/ service/software package submitted in response to requirements which result in orders under this schedule contract.

            (3)        Any representations and/or warranties concerning the products made in any literature, description, drawings and/or specifications furnished by the Contractor.

b.         The above is not intended to encompass items not currently covered by the GSA Schedule contract.

19.       OVERSEAS ACTIVITIES

The terms and conditions of this contract shall apply to all orders for installation, maintenance and repair of equipment in areas listed in the pricelist outside the 48 contiguous states and the District of Columbia, except as indicated below:

                 None                                                                                                                               

                                                                                                                                                        

                                                                                                                                                        

Upon request of the Contractor, the Government may provide the Contractor with logistics support, as available, in accordance with all applicable Government regulations.  Such Government support will be provided on a reimbursable basis, and will only be provided to the Contractor's technical personnel whose services are exclusively required for the fulfillment of the terms and conditions of this contract.

20.       YEAR 2000 WARRANTY — COMMERCIAL SUPPLY ITEMS

(a)        As used in this clause, “Year 2000 compliant” means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations, to the extent that other information technology used in combination with the information technology being acquired, properly exchanges date/time data with it.

(b)        The Contractor shall warrant that each hardware, software, and firmware product delivered under this contract shall be able to accurately process date time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the Contractor, provided that all products (e.g. hardware, software, firmware) used in combination with  products properly exchange date time data with it.  If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those products as a system.  The duration of this warranty and the remedies available under this warranty shall include repair or replacement of any product whose non-compliance is discovered and made known to the Contractor in writing within ninety (90) days after acceptance (installation is considered acceptance).  The Contractor may offer an extended warranty to the Government to include repair or replacement of any product whose non-compliance is discovered and made known to the Contractor in writing at any time prior to June 1, 2000, or for a period of 6 months following acceptance (installation is considered acceptance) whichever is later.  Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance.

21. BLANKET PURCHASE AGREEMENTS (BPAs)

Federal Acquisition Regulation (FAR) 13.201(a) defines Blanket Purchase Agreements (BPAs) as “…a simplified method of filling anticipated repetitive needs for supplies or services by establishing ‘charge accounts’ with qualified sources of supply.”  The use of Blanket Purchase Agreements under the Federal Supply Schedule Program is authorized in accordance with FAR 13.202(c)(3), which reads, in part, as follows: 

“BPAs may be established with Federal Supply Schedule Contractors, if not inconsistent with the terms of the applicable schedule contract.”

Federal Supply Schedule contracts contain BPA provisions to enable schedule users to maximize their administrative and purchasing savings.  This feature permits schedule users to set up “accounts” with Schedule Contractors to fill recurring requirements.  These accounts establish a period for the BPA and generally address issues such as the frequency of ordering and invoicing, authorized callers, discounts, delivery locations and times.  Agencies may qualify for the best quantity/volume discounts available under the contract, based on the potential volume of business that may be generated through such an agreement, regardless of the size of the individual orders.  In addition, agencies may be able to secure a discount higher than that available in the contract based on the aggregate volume of business possible under a BPA.  Finally, Contractors may be open to a progressive type of discounting where the discount would increase once the sales accumulated under the BPA reach certain prescribed levels.  Use of a BPA may be particularly useful with the new Maximum Order feature.  See the Suggested Format, contained in this Schedule Pricelist, for customers to consider when using this purchasing tool.

22. CONTRACTOR TEAM ARRANGEMENTS

Federal Supply Schedule Contractors may use “Contractor Team Arrangements” (see FAR 9.6) to provide solutions when responding to a customer agency requirements.  The policy and procedures outlined in this part will provide more flexibility and allow innovative acquisition methods when using the Federal Supply Schedules.  See the additional information regarding Contractor Team Arrangements in this Schedule Pricelist. 

 


TERMS AND CONDITIONS APPLICABLE TO INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES (SPECIAL ITEM NUMBER 132-51) AND ELECTRONIC COMMERCE (EC) SERVICES (SPECIAL ITEM NUMBER 132-52)

 

 

1.A.     SCOPE

            a.         The prices, terms and conditions stated under Special Item Number 132-51 Information Technology Professional Services apply exclusively to IT within the scope of this Information Technology Schedule.

b.       The Contractor shall provide services at the Contractor’s facility and/or at the Government location, as agreed to by the Contractor and the ordering office.

1.B.     PERFORMANCE INCENTIVES

(a)        When using a performance based statement of work, performance incentives may be agreed upon between the Contractor and the ordering office on individual fixed price orders or Blanket Purchase Agreements, for fixed price tasks, under this contract in accordance with this clause.

(b)    The ordering office must establish a maximum performance incentive price for these services and/or total solutions on individual orders or Blanket Purchase Agreements

(c)    To the maximum extent practicable, ordering offices shall consider establishing incentives where performance is critical to the agency’s mission and incentives are likely to motivate the contractor.  Incentives shall be based on objectively measurable tasks.

(d)    The above procedures do not apply to Time and Material or labor hour orders.

2.      ORDERING PROCEDURES FOR SERVICES (REQUIRING A STATEMENT OF WORK)

FAR 8.402 contemplates that GSA may occasionally find it necessary to establish special ordering procedures for individual Federal Supply Schedules or for some Special Item Numbers (SINs) within a Schedule.  GSA has established special ordering procedures for services that require a Statement of Work.  These special ordering procedures take precedence over the procedures in FAR 8.404 (b)(2) through (b)(3).

GSA has determined that the prices for services contained in the contractor’s price list applicable to this Schedule are fair and reasonable.  However, the ordering office using this contract is responsible for considering the level of effort and mix of labor proposed to perform a specific task being ordered and for making a determination that the total firm-fixed price or ceiling price is fair and reasonable.

(a)        When ordering services, ordering offices shall—

            (1)        Prepare a Request (Request for Quote or other communication tool):

                        (i)         A statement of work (a performance-based statement of work is preferred) that outlines, at a minimum, the work to be performed, location of work, period of performance, deliverable schedule, applicable standards, acceptance criteria, and any special requirements (i.e., security clearances, travel, special knowledge, etc.) should be prepared.

                        (ii)        The request should include the statement of work and request the contractors to submit either a firm-fixed price or a ceiling price to provide the services outlined in the statement of work.  A firm-fixed price order shall be requested, unless the ordering office makes a determination that it is not possible at the time of placing the order to estimate accurately the extent or duration of the work or to anticipate cost with any reasonable degree of confidence.  When such a determination is made, a labor hour or time-and-materials proposal may be requested. The firm-fixed price shall be based on the rates in the schedule contract and shall consider the mix of labor categories and level of effort required to perform the services described in the statement of work. The firm-fixed price of the order should also include any travel costs or other incidental costs related to performance of the services ordered, unless the order provides for reimbursement of travel costs at the rates provided in the Federal Travel or Joint Travel Regulations.  A ceiling price must be established for labor-hour and time-and-materials orders.

                        (iii)       The request may ask the contractors, if necessary or appropriate, to submit a project plan for performing the task, and information on the contractor’s experience and/or past performance performing similar tasks.

                        (iv)       The request shall notify the contractors what basis will be used for selecting the contractor to receive the order. The notice shall include the basis for determining whether the contractors are technically qualified and provide an explanation regarding the intended use of any experience and/or past performance information in determining technical qualification of responses.  If consideration will be limited to schedule contractors who are small business concerns as permitted by paragraph (2)(i) below, the request shall notify the contractors that will be the case.

            (2)        Transmit the Request to Contractors:

                        (i)         Based upon an initial evaluation of catalogs and price lists, the ordering office should identify the contractors that appear to offer the best value (considering the scope of services offered, pricing and other factors such as contractors’ locations, as appropriate).  When buying IT professional services under  SIN 132—51 ONLY, the ordering office, at its discretion, may limit consideration to those schedule contractors that are small business concerns.  This limitation is not applicable when buying supplies and/or services under other SINs as well as SIN 132-51.  The limitation may only be used when at least three (3) small businesses that appear to offer services that will meet the agency’s needs are available, if the order is estimated to exceed the micro-purchase threshold.

                        (ii)        The request should be provided to three (3) contractors if the proposed order is estimated to exceed the micro-purchase threshold, but not exceed the maximum order threshold. For proposed orders exceeding the maximum order threshold, the request should be provided to additional contractors that offer services that will meet the agency’s needs. Ordering offices should strive to minimize the contractors’ costs associated with responding to requests for quotes for specific orders. Requests should be tailored to the minimum level necessary for adequate evaluation and selection for order placement. Oral presentations should be considered, when possible.

            (3)        Evaluate Responses and Select the Contractor to Receive the Order:

                        After responses have been evaluated against the factors identified in the request, the order should be placed with the schedule contractor that represents the best value.  (See FAR 8.404)

(b)        The establishment of Federal Supply Schedule Blanket Purchase Agreements (BPAs) for recurring services is permitted when the procedures outlined herein are followed. All BPAs for services must define the services that may be ordered under the BPA, along with delivery or performance time frames, billing procedures, etc. The potential volume of orders under BPAs, regardless of the size of individual orders, may offer the ordering office the opportunity to secure volume discounts. When establishing BPAs, ordering offices shall—

            (1)        Inform contractors in the request (based on the agency’s requirement) if a single BPA or multiple BPAs will be established, and indicate the basis that will be used for selecting the contractors to be awarded the BPAs.

                        (i)         SINGLE BPA: Generally, a single BPA should be established when the ordering office can define the tasks to be ordered under the BPA and establish a firm-fixed price or ceiling price for individual tasks or services to be ordered.  When this occurs, authorized users may place the order directly under the established BPA when the need for service arises. The schedule contractor that represents the best value should be awarded the BPA.  (See FAR 8.404)

                        (ii)        MULTIPLE BPAs: When the ordering office determines multiple BPAs are needed to meet its requirements, the ordering office should determine which contractors can meet any technical qualifications before establishing the BPAs.  When multiple BPAs are established, the authorized users must follow the procedures in (a)(2)(ii) above and then place the order with the Schedule contractor that represents the best value.

            (2)        Review BPAs Periodically:  Such reviews shall be conducted at least annually. The purpose of the review is to

(c)        The ordering office should give preference to small business concerns when two or more contractors can provide the services at the same firm-fixed price or ceiling price.

(d)        When the ordering office’s requirement involves both products as well as executive, administrative and/or professional, services, the ordering office should total the prices for the products and the firm-fixed price for the services and select the contractor that represents the best value.  (See FAR 8.404)

(e)                The ordering office, at a minimum, should document orders by identifying the contractor from which the services were purchased, the services purchased, and the amount paid.  If other than a firm-fixed price order is placed, such documentation should include the basis for the determination to use a labor-hour or time-and-materials order.  For agency requirements in excess of the micro-purchase threshold, the order file should document the evaluation of Schedule contractors’ quotes that formed the basis for the selection of the contractor that received the order and the rationale for any trade-offs made in making the selection.

(f)                 Ordering procedures for other services available on schedule at fixed prices for specifically defined services or tasks should use the procedures in FAR 8.404.  These procedures are listed in the pricelist, under “Information for Ordering Offices,” paragraph #12.

 

            (3)        Orders exceeding the maximum order threshold.  Each schedule contract has an established maximum order threshold.  This threshold represents the point where it is advantageous for the ordering office to seek a price reduction.  In addition to following the procedures in paragraph b, above, and before placing an order that exceeds the maximum order threshold, ordering offices shall-- 

(i)         Review additional Schedule Contractors’ catalogs/pricelists or use the “GSA Advantage!” on-line shopping service;

                        (ii)        Based upon the initial evaluation, generally seek price reductions from the Schedule Contractor(s) appearing to provide the best value (considering price and other factors); and 

                        (iii) After price reductions have been sought, place the order with the Schedule Contractor that provides the best value and results in the lowest overall cost alternative.  If further price reductions are not offered, an order may still be placed, if the ordering office determines that it is appropriate.

                        NOTE:  For orders exceeding the maximum order threshold, the Contractor may:

(A)       Offer a new lower price for this requirement (the Price Reductions clause is not applicable to orders placed over the maximum order in FAR 52.216-19 Order Limitations);

(B)       Offer the lowest price available under the contract; or

(C)       Decline the order (orders must be returned in accordance with FAR 52.216-19).

            (4)        Blanket purchase agreements (BPAs).  The establishment of Federal Supply Schedule BPAs is permitted when following the ordering procedures in FAR 8.404.  All schedule contracts contain BPA provisions.  Ordering offices may use BPAs to establish accounts with Contractors to fill recurring requirements.  BPAs should address the frequency of ordering and invoicing, discounts, and delivery locations and times.

            (5)        Price reductions.  In addition to the circumstances outlined in paragraph (3), above, there may be instances when ordering offices will find it advantageous to request a price reduction.  For example, when the ordering office finds a schedule service elsewhere at a lower price or when a BPA is being established to fill recurring requirements, requesting a price reduction could be advantageous.  The potential volume of orders under these agreements, regardless of the size of the individual order, may offer the ordering office the opportunity to secure greater discounts.  Schedule Contractors are not required to pass on to all schedule users a price reduction extended only to an individual agency for a specific order.

            (6)        Small business.  For orders exceeding the micro-purchase threshold, ordering offices should give preference to the items of small business concerns when two or more items at the same delivered price will satisfy the requirement.

            (7)        Documentation.  Orders should be documented, at a minimum, by identifying the Contractor the item was purchased from, the item purchased, and the amount paid.  If an agency requirement in excess of the micro-purchase threshold is defined so as to require a particular brand name, product, or feature of a product peculiar to one manufacturer, thereby precluding consideration of a product manufactured by another company, the ordering office shall include an explanation in the file as to why the particular brand name, product, or feature is essential to satisfy the agency’s needs.

3.         ORDER

a.         Agencies may use written orders, EDI orders, blanket purchase agreements, individual purchase orders, or task orders for ordering services under this contract.  Blanket Purchase Agreements shall not extend beyond the end of the contract period; all services and delivery shall be made and the contract terms and conditions shall continue in effect until the completion of the order.  Orders for tasks, which extend beyond the fiscal year for which funds are available shall include FAR 52.232-19 Availability of Funds for the Next Fiscal Year.  The purchase order shall specify the availability of funds and the period for which funds are available.

b.         All task orders are subject to the terms and conditions of the contract.  In the event of conflict between a task order and the contract, the contract will take precedence.

4.         PERFORMANCE OF SERVICES

a.         The Contractor shall commence performance of services on the date agreed to by the Contractor and the ordering office.

b.         The Contractor agrees to render services only during normal working hours, unless otherwise agreed to by the Contractor and the ordering office.

c.         The Agency should include the criteria for satisfactory completion for each task in the Statement of Work or Delivery Order.  Services shall be completed in a good and workmanlike manner.

d.         Any Contractor travel required in the performance of IT/EC Services must comply with the Federal Travel Regulation or Joint Travel Regulations, as applicable, in effect on the date(s) the travel is performed. Established Federal Government per diem rates will apply to all Contractor travel.  Contractors cannot use GSA city pair contracts.

5.         INSPECTION OF SERVICES

The Inspection of Services–Fixed Price (AUG 1996) clause at FAR 52.246-4 applies to firm-fixed price orders placed under this contract.  The Inspection–Time‑and‑Materials and Labor-Hour (JAN 1986) clause at FAR 52.246-6 applies to time‑and‑materials and labor‑­hour orders placed under this contract.

 

6.         RESPONSIBILITIES OF THE CONTRACTOR

The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City, or otherwise) covering work of this character.

 

7.         RESPONSIBILITIES OF THE GOVERNMENT

Subject to security regulations, the ordering office shall permit Contractor access to all facilities necessary to perform the requisite IT/EC Services.

 

8.         INDEPENDENT CONTRACTOR

All IT/EC Services performed by the Contractor under the terms of this contract shall be as an independent Contractor, and not as an agent or employee of the Government.

9.         ORGANIZATIONAL CONFLICTS OF INTEREST

a.         Definitions.

“Contractor” means the person, firm, unincorporated association, joint venture, partnership, or corporation that is a party to this contract.

“Contractor and its affiliates” and “Contractor or its affiliates” refers to the Contractor, its chief executives, directors, officers, subsidiaries, affiliates, subcontractors at any tier, and consultants and any joint venture involving the Contractor, any entity into or with which the Contractor subsequently merges or affiliates, or any other successor or assignee of the Contractor.

An “Organizational conflict of interest” exists when the nature of the work to be performed under a proposed Government contract, without some restriction on activities by the Contractor and its affiliates, may either (i) result in an unfair competitive advantage to the Contractor or its affiliates or (ii) impair the Contractor’s or its affiliates’ objectivity in performing contract work.

b.         To avoid an organizational or financial conflict of interest and to avoid prejudicing the best interests of the Government, ordering offices may place restrictions on the Contractors, its affiliates, chief executives, directors, subsidiaries and subcontractors at any tier when placing orders against schedule contracts.  Such restrictions shall be consistent with FAR 9.505 and shall be designed to avoid, neutralize, or mitigate organizational conflicts of interest that might otherwise exist in situations related to individual orders placed against the schedule contract.  Examples of situations, which may require restrictions, are provided at FAR 9.508.

10.       INVOICES

The Contractor, upon completion of the work ordered, shall submit invoices for IT/EC services.  Progress payments may be authorized by the ordering office on individual orders if appropriate.  Progress payments shall be based upon completion of defined milestones or interim products.  Invoices shall be submitted monthly for recurring services performed during the preceding month.

11.       PAYMENTS

For firm-fixed price orders the Government shall pay the Contractor, upon submission of proper invoices or vouchers, the prices stipulated in this contract for service rendered and accepted.  Progress payments shall be made only when authorized by the order.  For time‑and‑materials orders, the Payments under Time‑and‑Materials and Labor‑Hour Contracts (Alternate I (APR 1984)) at FAR 52.232-7 applies to time‑and‑materials orders placed under this contract.  For labor‑hour orders, the Payment under Time‑and‑Materials and Labor‑Hour Contracts (FEB 1997) (Alternate II (JAN 1986)) at FAR 52.232-7 applies to labor‑hour orders placed under this contract.

12.       RESUMES

Resumes shall be provided to the GSA Contracting Officer or the user agency upon request.

13.       INCIDENTAL SUPPORT COSTS

Incidental support costs are available outside the scope of this contract.  The costs will be negotiated separately with the ordering agency in accordance with the guidelines set forth in the FAR.

14.       APPROVAL OF SUBCONTRACTS

The ordering activity may require that the Contractor receive, from the ordering activity's Contracting Officer, written consent before placing any subcontract for furnishing any of the work called for in a task order.

 

 

USA COMMITMENT TO PROMOTE SMALL BUSINESS PARTICIPATION
PROCUREMENT PROGRAMS

 

 

PREAMBLE

 

            Name of Company                    provides commercial products and services to the Federal Government. We are committed to promoting participation of small, small disadvantaged and women-owned small businesses in our contracts.  We pledge to provide opportunities to the small business community through reselling opportunities, mentor-protégé programs, joint ventures, teaming arrangements, and subcontracting.

COMMITMENT

To actively seek and partner with small businesses.

To identify, qualify, mentor and develop small, small disadvantaged and women-owned small businesses by purchasing from these businesses whenever practical.

To develop and promote company policy initiatives that demonstrate our support for awarding contracts and subcontracts to small business concerns.

To undertake significant efforts to determine the potential of small, small disadvantaged and women-owned small business to supply products and services to our company.

To insure procurement opportunities are designed to permit the maximum possible participation of small, small disadvantaged, and women-owned small businesses.

To attend business opportunity workshops, minority business enterprise seminars, trade fairs, procurement conferences, etc., to identify and increase small businesses with whom to partner.

To publicize in our marketing publications our interest in meeting small businesses that may be interested in subcontracting opportunities.

We signify our commitment to work in partnership with small, small disadvantaged and women-owned small businesses to promote and increase their participation in Federal Government contracts. To accelerate potential opportunities please contact:             (Insert Company Point of contact, phone number, e-mail address, fax number).                                        


 

 

BEST VALUE BLANKET PURCHASE AGREEMENT
FEDERAL SUPPLY SCHEDULE

Micro Analysis and Design, Inc.

 

In the spirit of the Federal Acquisition Streamlining Act   (Agency)___ and ___Micro Analysis and Design, Inc.___ enter into a cooperative agreement to further reduce the administrative costs of acquiring commercial items from the General Services Administration (GSA) Federal Supply Schedule Contract(s) ____________________.

Federal Supply Schedule contract BPAs eliminate contracting and open market costs such as: search for sources; the development of technical documents, solicitations and the evaluation of offers.  Teaming Arrangements are permitted with Federal Supply Schedule Contractors in accordance with Federal Acquisition Regulation (FAR) 9.6.

This BPA will further decrease costs, reduce paperwork, and save time by eliminating the need for repetitive, individual purchases from the schedule contract.  The end result is to create a purchasing mechanism for the Government that works better and costs less.

Signatures

 

                                                                                                                                                        

AGENCY                                       DATE                       CONTRACTOR                          DATE    

 

 


 

BPA NUMBER_____________

 

BLANKET PURCHASE AGREEMENT

Micro Analysis and Design, Inc.

 

 

Pursuant to GSA Federal Supply Schedule Contract Number(s)____________, Blanket Purchase Agreements, the Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH (Ordering Agency):

(1)  The following contract items can be ordered under this BPA. All orders placed against this BPA are subject to the terms and conditions of the contract, except as noted below:

MODEL NUMBER/PART NUMBER             *SPECIAL BPA DISCOUNT/PRICE

                                                                                                                                            

                                                                                                                                            

 

(2)  Delivery: 

DESTINATION                                                 DELIVERY SCHEDULE/DATES

                                                                                                                                                        

                                                                                                                                                        

 

(3)  The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be ______________.

(4)  This BPA does not obligate any funds.

(5)  This BPA expires on _________________ or at the end of the contract period, whichever is earlier.

(6)  The following office(s) is hereby authorized to place orders under this BPA:

OFFICE                                                             POINT OF CONTACT

                                                                                                                                                        

                                                                                                                                                        

 

(7) Orders will be placed against this BPA via Electronic Data Interchange (EDI), FAX, or paper.    

(8) Unless otherwise agreed to, all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum:

(a) Name of Contractor;

(b) Contract Number;

(c) BPA Number;

(d) Model Number or National Stock Number (NSN);

(e) Purchase Order Number;

(f) Date of Purchase;

(g) Quantity, Unit Price, and Extension of Each Item (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is itemized to show the information); and

(h) Date of Shipment.

(9) The requirements of a proper invoice are specified in the Federal Supply Schedule contract.  Invoices will be submitted to the address specified within the purchase order transmission issued against this BPA.

(10) The terms and conditions included in this BPA apply to all purchases made pursuant to it.  In the event of an inconsistency between the provisions of this BPA and the Contractor’s invoice, the provisions of this BPA will take precedence.

  • IMPORTANT – A new feature to the Federal Supply Schedules Program permits contractors to offer price reductions in accordance with commercial practice.  Teaming Arrangements are permitted with Federal Supply contractors in accordance with FAR Part 9.6.

 


Basic Guidelines for using

“Contractor team arrangements”

 

Federal Supply Schedule Contractors may use “Contractor Team Arrangements” (see FAR 9.6) to provide solutions when responding to a customer agency requirements.

These Team Arrangements can be included under Blanket Purchase Agreement (BPA).  BPAs are permitted under all Federal Supply Schedule contracts.

Orders under a Team Arrangement are subject to terms and conditions or the Federal Supply Schedule contracts.

Participation in a Team Arrangement is limited to Federal Supply Schedule Contractors.

Customers should refer to FAR 9.6 for specific details on Team Arrangements.

Here is a general outline on how it works:

  • The customer identifies their requirements.
  • Federal Supply Schedule Contractors may individually meet the customers needs, or –
  • Federal Supply Schedule Contractors may individually submit a Schedules “Team Solution” to meet the customer’s requirement.
  • Customers make a best value selection.

 

 

 

Introduction to Micro Analysis and Design, Inc.

 

Micro Analysis & Design (MA&D) is a small woman-owned business that has provided research, development, and engineering (RD&E) services to the public and private sectors for over 19 years.  We provide services in three general areas:

·         Human-Systems Integration

·         Simulation and Modeling

·         Custom Software Development

Here at MA&D, we have been changing the way that the systems engineering community integrates human considerations into the design process since 1984.  Our perspective - the human as a system component - is both powerful and critical for engineering analysis.  Our knowledge of the human component is supported by the wide variety of models and tools that we use to predict human performance as a function of job, environment, and equipment design.  This allows the human issues to be studied with a level of engineering rigor consistent with that of the system hardware and software elements.  And, we have applied these tools and methods ourselves to a wide range of commercial and military systems engineering processes with great success.  The result is a system where the human is not an afterthought but rather, an integrated component working in concert with the other hardware, software, and human components.

Our main tool for analyzing human-systems integration (HSI) issues is computer simulation and modeling.  We have a commercial computer simulation product, Micro Saint, which is a task network modeling tool that is being used to simulate and solve problems primarily in military systems, as well as in health care, manufacturing and service systems.  In addition to our proven capabilities in task network simulation, we have recently added a strong corporate capability in cognitive modeling. 

Our commercial products have emerged from what is currently the larger part of our business: the delivery of research, development, and engineering (RD&E) services.  Our largest customer is the U.S. government with the largest component of this being the U.S. military.  We have been able to take advantage of the military’s substantial investment in new systems by developing solid HSI processes, performed by an experienced and talented staff, and supported by quantitative tools and research.  Our management commitment, staff, and product line, can support growth in this market well into the next decade.

MA&D is also well known as a developer of custom software tools.  Some of these tools include IMPRINT, IPME, WinCrew, SMART, C3TRACE and MITAS.  Each of these tools has been designed for a specific focus area and is fundamentally built on the same simulation engine as Micro Saint. 

Through our customer-focus and extremely low staff turnover, we have developed a reputation for delivering high-quality work, on time, and at a competitive price.   The best evidence of our success is our outstanding customer retention rate—customers who have used our services consistently come back to us again and again. 

In sum, MA&D is leading the charge to ensure that all new military and commercial systems are designed with the human’s perspective in mind and developed with the human as an integral part of the overall system.  The way we achieve this is through our areas of expertise which include human-systems integration, computer simulation and modeling and custom software development. 

We welcome your questions or requests for more information about our company, our services, and our products.  Please visit our web site at www.maad.com or contact us at either sales@maad.com or 303-442-6947.

 

 

DESCRIPTION OF IT SERVICES AND PRICING

 

            a.         The Contractor shall provide a description of each type of IT Service offered under Special Item Numbers 132-51. IT Services should be presented in the same manner as the Contractor sells to its commercial and other Government customers.  If the Contractor is proposing hourly rates, a description of all corresponding commercial job titles (labor categories) for those individuals who will perform the service should be provided.

            b.         Pricing for all IT Services shall be in accordance with the Contractor’s customary commercial practices; e.g., hourly rates, monthly rates, term rates, and/or fixed prices.

 

 

JOB DESCRIPTIONS – MICRO ANALYSIS AND DESIGN, INC.

 

Job Title:  Junior Analyst

Minimum/General Experience:  Competence in relevant phases of systems analysis techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility:  Gathers data with supervision, conducts analyses using methods developed and/or approved by higher level analysts, prepares preliminary reports or summaries of results.

Minimum Education:  Bachelor’s degree in computer science, engineering, or related scientific or engineering discipline.

Rates

Year 1              $57.38

Year 2              $59.39

Year 3              $61.47

Year 4              $63.62

Year 5              $65.85

 

Job Title:  Mid Analyst

Minimum/General Experience:  Three years of technical experience which applies to systems analysis and design techniques for complex systems.  Requires competence in all phases of systems analysis techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility: Collects data, conducts analyses using methods approved by higher level analysts, prepares reports and/or summaries of results, advises alternative approaches, supports feasibility studies.

Minimum Education:  Bachelor’s degree in computer science, engineering, or related scientific discipline.

Rates

Year 1              $77.97

Year 2              $80.70

Year 3              $83.52

Year 4              $86.54

Year 5              $89.47

 

Job Title:  Mid-senior Analyst

Minimum/General Experience:  Six years of technical experience which applies to systems analysis and design techniques for complex systems or Master’s degree and five years of technical experience which applies to systems analysis and design techniques for complex systems.  Requires competence in all phases of systems analysis techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility:  develops data collection approach, conducts analyses, supports users in formulating requirements, advises alternative approaches, conducts feasibility studies, prepares and reviews reports.

Minimum Education:  Bachelor’s degree in computer science,engineering, or related scientific discipline.

Rates

Year 1              $93.70

Year 2              $96.98

Year 3              $100.37

Year 4              $103.88

Year 5              $107.52

 

Job Title:  Senior Analyst

Minimum/General Experience:  Ten years of technical experience which applies to systems analysis and design techniques for complex systems or Master’s degree and eight years of technical experience which applies to systems analysis and design techniques for complex systems or Ph.D. and seven years of technical experience which applies to systems analysis and design techniques for complex systems.  Requires competence in all phases of systems analysis techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility:  Defines data requirements, guides users in formulating requirements, advises alternative analyses approaches, conducts feasibility studies, prepares and reviews reports.

Minimum Education:  Bachelor’s degree in computer science, engineering, or related scientific discipline.

Rates

Year 1              $115.15

Year 2              $119.18

Year 3              $123.35

Year 4              $127.67

Year 5              $132.14

 

Job Title:  Junior Human Factors Specialist

Minimum/General Experience:  Competence in relevant phases of human factors analysis techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility:  Conducts task and function analyses, provides support in usability evaluations, builds and works with human performance models under supervision, assists in the preparation of reports.

Minimum Education:  Bachelor’s degree in computer science, psychology, engineering, or related scientific discipline.

Rates

Year 1              $57.38

Year 2              $59.39

Year 3              $61.47

Year 4              $63.62

Year 5              $65.85

 

Job Title:  Mid Human Factors Specialist

Minimum/General Experience:  Three years of technical experience which applies to human factors analysis and design techniques for complex systems.  Requires competence in all phases of human factors analysis techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility:  Conducts task and function analyses, develops standards with supervision, conducts usability evaluations, builds and works with human performance models, provides support in the conduct of human performance research and development, prepares reports.

Minimum Education:  Bachelor’s degree in computer science, psychology, engineering, or related scientific discipline.

Rates

Year 1              $73.04

Year 2              $75.60

Year 3              $78.24

Year 4              $80.98

Year 5              $83.82

 

Job Title:  Mid-senior Human Factors Specialist

Minimum/General Experience:  Six years of technical experience which applies to human factors analysis and design techniques for complex systems or Master’s degree and five years of technical experience which applies to human factors analysis and design techniques for complex systems.  Requires competence in all phases of human factors analysis techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility:  Conducts task and function analyses, develops standards and guidelines, conducts and manages the conduct of usability evaluations, builds and works with human performance models, designs and manages human performance research and development, prepares and reviews reports.

Minimum Education:  Bachelor’s degree in computer science, psychology, engineering, or related scientific discipline.

Rates

Year 1              $90.95

Year 2              $94.13

Year 3              $97.43

Year 4              $100.84

Year 5              $104.37

 

Job Title:  Senior Human Factors Specialist

Minimum/General Experience:  Ten years of technical experience which applies to human factors analysis and design techniques for complex systems or Master’s degree and eight years of technical experience which applies to human factors analysis and design techniques for complex systems or Ph.D. and seven years of technical experience which applies to human factors analysis and design techniques for complex systems.  Requires competence in all phases of human factors analysis techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility:  Manages the conduct of task and function analyses, defines the need for and develops usability standards and guidelines, designs, conducts, and oversees usability evaluations, defines requirements for human performance models, designs and manages human performance research and development, prepares and reviews reports.

Minimum Education:  Bachelor’s degree in computer science, psychology, engineering, or related scientific discipline.

Rates

Year 1              $127.99

Year 2              $132.47

Year 3              $137.11

Year 4              $141.90

Year 5              $146.87

 

Job Title:  Junior Software Designer and Developer

Minimum/General Experience:  Competence in relevant phases of software design and development techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility:  Interprets software specifications, designs software architecture with supervision, generates, tests, and debugs code in higher level languages.

Minimum Education:  Bachelor’s degree in computer science, engineering, or related scientific discipline.

Rates

Year 1              $64.39

Year 2              $66.65

Year 3              $68.98

Year 4              $71.39

Year 5              $73.89

 

Job Title:  Mid Software Designer and Developer

Minimum/General Experience:  Three years of technical experience which applies to software design and development techniques for complex systems.  Requires competence in all phases of software design and development techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility:  Develops and interprets software specifications, designs software architecture, implements database structures, generates, tests, and debugs code in higher level languages.

Minimum Education:  Bachelor’s degree in computer science, engineering, or related scientific discipline.

Rates

Year 1              $68.88

Year 2              $71.29

Year 3              $73.78

Year 4              $76.37

Year 5              $79.04

 

Job Title:  Mid-senior Software Designer and Developer

Minimum/General Experience:  Six years of technical experience which applies to software design and development techniques for complex systems or Master’s degree and five years of technical experience which applies to software design and development techniques for complex systems.  Requires competence in all phases of software design and development techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility:  Reviews software specifications, manages teams of software developers, designs software architecture, designs database structures, generates, tests, and debugs code in higher level languages.

Minimum Education:  Bachelor’s degree in computer science, engineering, or related scientific discipline.

Rates

Year 1              $82.58

Year 2              $85.47

Year 3              $88.46

Year 4              $91.55

Year 5              $94.76

 

Job Title:  Senior Software Designer and Developer

Minimum/General Experience:  Ten years of technical experience which applies to software design and development techniques for complex systems or Master’s degree and eight years of technical experience which applies to software design and development techniques for complex systems or Ph.D. and seven years of technical experience which applies to software design and development techniques for complex systems.  Requires competence in all phases of software design and development techniques, concepts and methods.  Also requires knowledge of relevant hardware, system software, input/output devices, structure, and management practices.

Functional Responsibility: Reviews software specifications, manages teams of software developers, designs software architecture, reviews the design of database structures, determines appropriate software environments for application software, generates, tests, and debugs code in higher level languages.

Minimum Education:  Bachelor’s degree in computer science, engineering, or related scientific discipline.

Rates

Year 1              $97.32

Year 2              $100.73

Year 3              $104.25

Year 4              $107.90

Year 5              $111.68

 

Job Title:  Junior Clerical Support

Minimum/General Experience:  Competence in relevant phases of data entry, word processing, spreadsheet use, and graphics preparation.

Functional Responsibility:  Data entry, word processing, spreadsheet development, and graphics preparation.

Minimum Education:  High School diploma.

Rates

Year 1                          $31.73

Year 2                          $32.84

Year 3                          $33.99

Year 4                          $35.18

Year 5                          $36.41

 

Job Title:  Senior Clerical Support

Minimum/General Experience:  Three years of technical experience which applies to relevant phases of data entry, word processing, spreadsheet development, and graphics preparation.

Functional Responsibility:  Defines data entry requirements and tools, word processing, spreadsheet development, and graphics design and preparation.

Minimum Education:  High School diploma.

Rates   

Year 1              $48.60

Year 2              $50.30

Year 3              $52.06

Year 4              $53.88

Year 5              $55.76